MODIFICATION
W -- Belly Dump trailer lease - Amendment 1
- Notice Date
- 9/4/2014
- Notice Type
- Modification/Amendment
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8201-14-R-BellyDump
- Archive Date
- 10/15/2014
- Point of Contact
- Robert Adamson, Phone: 8015868603
- E-Mail Address
-
robert.adamson.1@us.af.mil
(robert.adamson.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and Answers Purpose of this amendment is to deconflict the proposal due date of 10 September @1400 MST and to post questions and answers. Please see attached Q&A document. Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8201-14-R-BellyDump This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. (iv) Contracting Officer's Business Size Selection: 100% Small Business Set-Aside NAICS Code: 532412 Small Business Size Standard: $32.5M (v) CLIN 0001 - Lease of 40' Belly Dump sets; o 5 sets o (A set consists of: 2 trailers, 1 converter dolly, 1 spare tire/wheel combo) Please see attached specifications sheet. QTY: 4 Months (vi) Description of item(s) to be acquired: The contractor shall lease requested vehicle to the Utah Test and Training Range (UTTR) Detachment 1 Dugway Operations located at 1010 Avery Road Dugway Proving Ground, Utah. Contractor shall provide all required repair, service or replacement of vehicles if required at the above address or on the UTTR. Please also reference the attached specifications sheet for detailed trailer requirement. (vii) Dates and Place of Delivery: Delivery of vehicles to the Utah Test and Training Range (UTTR) Detachment 1 Dugway Operations located at 1010 Avery Road Dugway Proving Ground, Utah is to be delivered by 1 Oct 2014. FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 (2:00 PM) MDT, Wednesday, 10 September, 2014. via electronic mail to robert.adamson.1@us.af.mil. Submit quotations on company letterhead or pricing document; contractor format acceptable. Quotations must include as a minimum: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offeror; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Price and any discount terms; 6. "Remit to" address, if different than mailing address; 7. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The government reserves the right to make award on the initial quote without discussions. (ix) 52.212-2: Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all specifications IAW this solicitation. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications in the CLIN). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition; and the following FAR clauses cited in the clause are applicable to the acquisition: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (IAW FAR 22.1408(a))(OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a))(JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C.3332). (xiii) Additional Contract Requirement or Terms and Conditions: 52.204-7 System for Award Management (Jul 2013) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to TSgt Robert Adamson by email at robert.adamson.1@us.af.mil NLT 1400 MDT, 3 September 2014. Responses to questions will be posted NLT 1400 MST, 5 September 2014. Offers are due by 1400 MDT, 10 September 2014 via electronic mail to robert.adamson.1@us.af.mil. (xvi) For additional information regarding the solicitation contact TSgt Robert Adamson by email at robert.adamson.1@us.af.mil. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-14-R-BellyDump/listing.html)
- Place of Performance
- Address: Utah Test and Training Range (UTTR) Detachment 1, Dugway Operations located at:, 1010 Avery Road, Dugway Proving Ground, Utah, Dugway, Utah, 84022, United States
- Zip Code: 84022
- Zip Code: 84022
- Record
- SN03495534-W 20140906/140904235242-a4a149faee903cf78c94c6470d2a3199 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |